This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to beta.SAM. The RFQ number is SPMYM3-20-Q-5007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Change Notice 20200114. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm . The NAICS code is 334519 and the Small Business Standard is 500 Employees. This requirement is a 100% Small Business Set-Aside.
Note: The following requirement is sole sourced to TAC Technical Instrument Corp. (TACTIC). These parts are direct replacements for existing equipment in use on the shipyard. The parts are for the shipyard owned Ultrasonic Testing (UT) Machine used for handling and cutting SHT material.
Place of Manufacture / Country of Origin Required.
This is to be evaluated as “All or None”
Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, SPRS will be used to determine vendor responsibility.
Potential contractors will be screened for responsibility in accordance with FAR 9.104.
Quotes must be e-mailed to [email protected]
A reverse auction may be held.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
MATERIAL INFORMATION
ITEM DESCRIPTION U/I QTY UNIT PRICE TOTAL
0001
Standard Idler Wheel only for Idlers. TACTIC P/N: A29500
EA
36
0002
Precision Idler Wheels only for Tester. TACTIC P/N: A25675
EA
16
0003
Drive Wheel. TACTIC P/N: A25026
EA
8
0004
Follower Regulator. TACTIC P/N: 6583001-4
EA
1
0005
Follower Gauge. TACTIC P/N: 6583032
EA
1
0006
Follower Gauge Fitting. TACTIC P/N: 5107201
EA
1
0007
Water Filter Element. TACTIC P/N: W15R10SV
EA
12
0008
Precision Idler Wheel Complete for Tester. Includes Wheel, Axle, and Mounting Horn. TACTIC P/N:B2660I
EA
16
0009
Standard Idler Wheel only for Idlers. Will use Existing Homs and Axles. TACTIC P/N: A28596
EA
36
0010
Drive Wheel Assembly with Washers. TACTIC P/N: A26576
EA
10
0011
Mylar Washers for under Pivot Points on Wheel Plate Assemblies on Idlers only. TACTIC P/N: A27768.
EA
36
0012
Mylar Washers as above for Tester only. TACTIC P/N; B27768
EA
16
0013
Filters for Model 33H Pump. TACTIC P/N; W15R10SV
EA
12
0014
Water Conditioner. TACTIC P/N: 40B
EA
1
0015
Stand w/Stainless Steel Tank for Water Conditioner. TACTIC P/N: B34289
EA
1
0016
Drum Heater for Water Conditioner. TACTIC P/N: 7800510
EA
1
0017
Installation by TACTIC Technical Representative at location of TACTIC System Portsmouth Naval Shipyard, Kittery ME. {It is estimated that one (I) TACTIC Representative can
complete the required work in one (1) work week
EA
1
52.204-7 System for Award Management
52.204-13, SAM Maintenance
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services-Representation
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery of Excess Quantities
52.212-1, Instructions to Offerors
52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs
52.212-4, Contract Terms and Conditions – Commercial Items
52.222-22 Previous Contracts & Compliance Reports
52.222-25 Affirmative Action Compliance
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Reps and Certs
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.O.B—Destination
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
52.253-1, Computer Generated Forms
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7003. Control of Government Personnel Work Product
252.203-7005 Representation Relating to Compensation of Former DoD
252.204-7008 DEV Compliance With Safeguarding Covered Defense Information Controls
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American Act & Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations – Representation, 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 ALT 1 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor – Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.
Additional contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials,
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services – Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
252.225-7048 Export – Controlled Items
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies By Sea
DLAD Clause/Procurement Notes as follows:
(DLAD) 52.233-9001
DISPUTES – AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (DEC 2016)
(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.
(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and legal counsel. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate.
(c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer.
(End of Provision)
C01 Superseded Part Numbered Items (SEP 2016)
If an item part number is superseded during the term of this contract, the contractor shall advise the
contracting officer immediately upon determination. The notice shall include complete information on the
superseding item form, fit, function, configuration, application, or physical nature. The contracting officer
will determine whether the item is acceptable to the Government, advise the contractor within seven days,
and modify the contract accordingly.
*****
C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and
Obsolete Materials or Components (DEC 2016)
The contractor shall notify the contracting officer immediately upon determining the unavailability of
obsolete materials or components. The contractor may recommend a solution to include the impact on the
contract price and delivery. The contractor shall not initiate any item redesign or incur any additional
costs without the express, written authorization of the contracting officer.
In the event that manufacturing phase-out or discontinuance of production of such items is
contemplated, the contractor is required to notify the contracting officer and publish the discontinuance in
the Government-Industry Data Exchange Program (GIDEP), where feasible; and to provide immediate
advance notice of production phase-out to DLA DMSMS at [email protected].
*****
C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016)
(1) By submitting a quotation or offer, the contractor agrees that, when the contractor is not the
manufacturer of the item, it is confirming that it currently has or will obtain before delivery and shall
retain documented evidence (supply chain traceability documentation) that the item is from the approved
manufacturer and conforms to the technical requirements. The retention period is five years after final
payment under this contract.
(2) At a minimum, the supply chain traceability documentation for the item shall include: basic item
description, part number and/or national stock number, manufacturing source, manufacturing source’s
Commercial and Government Entity (CAGE) code, and clear identification of the name and location of
all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the
Government. The documentation should also include, where available, the manufacturer's batch
identification for the item(s), such as date codes, lot codes, or serial numbers.
(3) Examples of acceptable supply chain traceability documentation can be found at:
http://www.dla.mil/LandandMaritime/Business/Selling/Counterfeit-Detection-Avoidance-Program/
(4) The contractor shall immediately make available documentation upon request of the contracting
officer. The contracting officer determines the acceptability and sufficiency of documentation. If the
contractor fails to retain or provide the documentation or the contracting officer finds the documentation
to be unacceptable, corrective action may be taken including, but not limited to, cancellation of
undelivered orders or rejection of delivered supplies.
*****
C04 Unused Former Government Surplus Property (DEC 2016)
To be considered for award, the offeror must complete and submit the following representation with their
offer. Additional supporting documentation to demonstrate the surplus material offered was previously
owned by the Government and meets solicitation requirements must be provided within 24 hours of
request by the contracting officer.
(1) The material is new, unused, and not of such age or so deteriorated as to impair its usefulness or
safety. Yes __ No __
The material conforms to the technical requirements cited in the solicitation (e.g., Commercial and
Government Entity (CAGE) Code and part number, specification, etc.). Yes __ No __ The
material conforms to the revision letter/number, if any is cited. Yes __ No __ Unknown __ If
No, the revision does not affect form, fit, function, or interface. Yes__ No __ Unknown __ The
material was manufactured by:
(Name): ______________________________________________________________________
(Address): _____________________________________________________________________
(2) The offeror currently possesses the material Yes __ No __
If yes, the offeror purchased the material from a Government selling agency or other source.
Yes __ No __ If yes, provide the following:
Government Selling Agency: ______________________________________________________
Contract Number: _______________________________________________________________
Contract Date: (Month, Year): _____________________________________________________
Other Source: __________________________________________________________________
Address: ______________________________________________________________________
Date Acquired: (Month/Year) _____________________________________________________
(3) The material has been altered or modified. Yes __ No __
If Yes, the offeror must provide the name of the company that performed the alteration or modification
and attach or forward to the contracting officer a complete description of the alterations or modifications.
(4) The material has been reconditioned. Yes __ No __
If Yes, (i) the price offered includes the cost of reconditioning /refurbishment. Yes __ No __; and (ii) the
offeror must provide information on the company that reconditioned the material with the certifications
and attach or forward to the contracting officer a complete description of any work done or to be done,
including the components to be replaced and the applicable rebuild standard. The material contains
cure-dated components. Yes __ No __
If Yes, (i) the price includes replacement of cure-dated components. Yes __ No __; and (ii) provide cure
date to the contracting officer.
(5) The material has data plates attached. Yes __ No __
If Yes, the offeror must state below all information contained thereon, or forward a copy or facsimile of
the data plate to the contracting officer. ___________________________________________________
(6) The offered material is in its original package. Yes __ No __
If yes, the offeror has stated below all original markings and data cited on the package; or has attached or
forwarded to the contracting officer a copy or facsimile of original package markings:
Contract Number ____________________________________________________________________
NSN____________________________________________________________________________
CAGE Code__________________________________________________________________________
Part Number ________________________________________________________________________
Other Markings/Data___________________________________________________________
(7) The offeror has supplied this same material (National Stock Number) to the Government before.
Yes __ No __
3
If Yes, (i) the material being offered is from the same original Government contract number as that
provided previously. Yes __ No __; and (ii) state below the Government Agency and contract number
under which the material was previously provided:
Agency _________________________________________________________________________
Contract Number_________________________________________________________________
(8) The material is manufactured in accordance with a specification or drawing. Yes __ No __
If Yes, (i) the specification/drawing is in the possession of the offeror. Yes __ No __; and (ii) the offeror
has stated the applicable information below, or forwarded a copy or facsimile to the contracting officer.
Yes __ No __
Specification/Drawing Number _____________________________________________________
Revision (if any) _________________________________________________________________
Date___________________________________________________________________________
(9) The material has been inspected for correct part number and for absence of corrosion or any obvious
defects. Yes __ No __
If Yes, (i) material has been re-preserved. Yes __ No __; (ii) material has been repackaged. Yes __
No __; (iii) percentage of material that has been inspected is ____%; and/or (iv) number of items
inspected is _______; and (v) a written report was prepared. Yes __ No __; and if Yes, the offeror has
attached the written report or forwarded it to the contracting officer. Yes__ No__
The offeror agrees that in the event of award and notwithstanding the provisions of the solicitation,
Inspection and acceptance of the surplus material will be performed at source or destination subject to all
applicable provisions for source or destination inspection.
The offeror has attached or forwarded to the contracting officer one of the following, to demonstrate that
the material being offered was previously owned by the Government (offeror check which one applies):
___ For national or local sales, conducted by sealed bid, spot bid or auction methods, a
solicitation/Invitation For Bid and corresponding DLA Disposition Services Form 1427, Notice of
Award, Statement and Release Document.
___ For DLA Disposition Services Commercial Venture (CV) Sales, the shipment receipt/delivery pass
document and invoices/receipts used by the original purchaser to resell the material.
___ When the above documents are not available, or if they do not identify the specific NSN being
acquired, a copy or facsimile of all original package markings and data, including NSN, commercial and
Government entity (CAGE) code and part number, and original contract number. (This information has
already been provided in paragraph (c)(6) of this clause. Yes __ No __.)
___ When none of the above are available, other information to demonstrate that the offered material was
previously owned by the Government. Describe and/or attach.
This only applies to offers of Government surplus material. Offers of commercial surplus,
manufacturer’s overruns, residual inventory resulting from terminated Government contracts, and any
other material that meets the technical requirements in the solicitation but was not previously owned by
the Government will be evaluated in accordance with the DLAD procurement note L04, Offers for Part
Numbered Items.
If requested by the contracting officer, the offeror shall furnish sample units, in the number specified, to
the contracting officer or to another location specified by the contracting officer, within 10 days after the
contracting officer's request. The samples will be furnished at no cost to the Government. All such
samples not destroyed in evaluation will be returned at the offeror's expense. The samples will be
evaluated for form, fit, and function with subassembly, assembly, or equipment with which the items are
to be used. End items furnished under any contract award to the offeror furnishing the samples can
include the returned samples, and all acceptable end items will have a configuration identical to the
samples. If specific tests of the samples' performance are made by the Government, the offeror will be
furnished the results of such tests prior to a contract being entered into. In addition to any other inspection
examinations and tests required by the contract, the performance of the end items will be required to be as
good as that of the samples submitted.
In the event of award, the contractor will be responsible for providing material that is in full compliance
with all requirements in the contract or order. The surplus material to be furnished must meet the
requirements of the current contract or order, whether or not the material met Government requirements
in existence at the time the material was initially manufactured or sold to the Government. If higher-level
contract quality requirements apply to the material being acquired, those requirements do not apply to
surplus material furnished under this contract.
*****
C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)
The Government may correct packaging or labeling deficiencies if the estimated costs of the corrections
are $300 or less ($500 for C&T items). The contracting officer will advise the contractor of the
discrepancy and that the Government has completed the repackaging or relabeling. Upon receipt of notice
from the contracting officer, the contractor shall reimburse the Government for the costs incurred by the
Government to correct the deficiencies.
If the estimated costs of repackaging or relabeling are more than $300 ($500 for C&T), the contracting
officer may advise the contractor of the discrepancy and have the material returned to the contractor for
correction/resubmittal; or, if there are urgent requirements, have the Government remediate the
discrepancy at the contractor’s expense. Upon receipt of notice from the contracting officer, the
contractor shall reimburse the Government for the costs incurred by the Government to correct the
deficiencies.
*****
E05 Product Verification Testing (JUN 2018)
(1) Product verification testing (PVT) may be invoked at contract award or after contract award. If PVT
is invoked at contract award, the contract will explicitly state this testing requirement and a QALI will be
generated. If PVT is invoked after contract award, a QALI will be created and the DCMA quality
assurance representative (QAR) will notify the contractor that testing will be performed. The PVT testing
will be performed at a Government-designated testing laboratory.
(a) The contractor shall not ship or deliver any material unless directed to do so in writing by the contracting officer or until notified of acceptable PVT results.
(b) PVT results will be provided in 20 working days after receipt at the Government testing facility,
unless otherwise specified in writing by the Government.
(2) The QAR will select a random sample from the contractor’s production lot. Selected PVT samples
are to be shipped by the contractor with a copy of the Department of Defense DD Form 250 and the
completed DD Form 1222. The packaging will be marked “Product Verification Test Samples, Contract
number __________, lot/item number ________."
(3) Test results will indicate one of the following:
(a) Samples that pass testing and are not destroyed during evaluation will be returned to the contractor
at the Government's expense and will be included as part of the total contract quantity. The contractor and
Government may agree to dispose of samples not destroyed when the cost of the item does not justify the
shipping expense. Samples that pass testing and are not returned to the contractor will be considered part
of the contract quantity for payment and delivery. The contractor will deliver the remaining lot quantity
minus sample units.
(b) If samples fail testing, such failure will result in rejection of the entire contract lot from which the
samples were taken. At the Government’s discretion, parts failing any test criteria may be retained and not
be returned to the contractor.
*****
L06 Agency Protests (DEC 2016)
Interested parties may file an agency level protest with the contracting officer or may request an
independent review by the chief of the contracting office (CCO). Independent review by the CCO
is an alternative to consideration by the contracting officer and is not available as an appellate
review of a contracting officer decision on a protest previously filed with the contracting officer.
Absent a clear indication of the intent to file an agency level protest with the CCO for independent
review, protests will be presumed to be protests to the contracting officer.
*****
L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR
2018)
(1) The Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil) (formerly Past
Performance Information Retrieval System – Statistical Reporting (PPIRS-SR)) will be used in the
evaluation of suppliers’ past performance.
(2) SPRS collects quality and delivery data on previously awarded contracts and orders from existing
Department of Defense reporting systems to classify each supplier’s performance history by Federal
supply class (FSC) and product or service code (PSC). The SPRS application provides the contracting
officer quantifiable past performance information regarding a supplier's quality and delivery performance
for the FSC and PSC of the supplies being purchased.
(3) The quality and delivery classifications identified for a supplier in SPRS will be used by the
contracting officer to evaluate a supplier’s past performance in conjunction with the supplier’s references
(if requested). The Government will use this past performance information in accordance with the basis
for award stated in the solicitation.
L31 Additive Manufacturing (JUN 2018)
(1) Additive manufacturing (AM) is a process of joining materials to make objects from threedimensional
(3D) model data, usually layer upon layer, as opposed to subtractive manufacturing
methodologies, which remove material from areas where it is not desired, or other traditional
manufacturing technologies, such as molding or stamping.
(2) Unless AM is specifically authorized in the solicitation/contract, quotes/offers may not include parts
or supplies made using the additive manufacturing process. The Government will not evaluate offers that
include an item or items produced using AM, and such offers are not eligible for award for the current
procurement. A quoter/offeror proposing to supply an AM-produced item may submit a request to the
contracting officer for approval of the item for evaluation by the Engineering Support Activity (ESA) for
acceptability for future procurements of the same items.
(3) If an item produced using AM is presented to the Government for inspection and acceptance that was
not authorized in the solicitation/contract, the Government may reject the item as nonconforming.****
L04 Offers for Part Numbered Items (SEP 2016)
(a) For part numbered items, identified in the item description only by the name of an approved source
(CAGE code), a part number, and a brief description.
Exact product – applies to contract line-item(s) (CLIN(s)): _____
CAGE code __________ part number ________
Alternate product – applies to CLIN(s):_____
CAGE code __________ part number ________
Superseding part number – applies to CLIN(s): _____
CAGE code __________ part number ________
26
Identify reason for superseding part number:
Administrative P/N change only: Yes____ No____
Minor change/No change in configuration: Yes____ No____
Previously-approved product – applies to CLIN(s): _____
Contract or Solicitation Number: ____________________
CAGE code __________ part number ________
Correction to CAGE/Part Number – applies to CLIN(s) _____
CAGE code in error/same corporation, different division Yes ___ No___
CAGE code in error/sold to different corporation Yes ___ No___
Part number not recognized Yes ___ No___
Obsolete part number Yes ___ No___
Other Yes ___ No___
(b) Exact product means a product described by the name of an approved source and its corresponding
part number cited in the item description; and manufactured by, or under the direction of, that approved
source. An offeror of an exact product must meet one of the descriptions below.
(1) An approved source offering its part number cited in the item description;
(2) A dealer/distributor offering the product of an approved source and part number cited in the item
description;
(3) A manufacturer who produces the offered item under the direction of an approved source; and has
authorization from that approved source to manufacture the item, identify it as that approved source’s
name and part number, and sell the item directly to the Government.
(4) A dealer/distributor offering the product of a manufacturer that meets the description in
subparagraph (3) above.
(c) Alternate product.
(1) The offeror must indicate that an alternate product is being offered if the offeror is any one of the
following:
(i) An offeror who manufactures the item for an approved source cited in the item description, but
does not have authorization from the approved source to identify it as the approved source part number,
and sell the item directly to the Government;
(ii) A dealer/distributor offering the product of a manufacturer that meets the description in (i)
above;
(iii) An offeror of a reverse-engineered product that is not cited in the item description; or
(iv) An offeror whose product does not meet the criteria of exact product, superseding product or
previously approved product.
(2) An offer of an alternate product is an alternate offer.
(d) The offeror must indicate that a superseding part number is being offered if the offered item otherwise
qualifies as an exact product, except that the part number cited in the item description has been
superseded due to an administrative part number change with no change in configuration of the item.
(e) The offeror must indicate that a previously-approved product is being offered if the product offered
has previously been delivered to the Government or otherwise previously evaluated and approved.
(f) Correction to CAGE/Part Number Cited in the Item Description
Submitted by offeror to notify the Government if there is a CAGE code error: same corporation/different
division; sold to different corporation; part number not recognized; obsolete part number; other.
(g) Traceability documentation.
(1) The contracting officer may request evidence of the technical acceptability of the product offered.
The evidence must be submitted within 2 days, or as otherwise specified, or the offer will not be
considered.
27
(2) For offers of exact product, offerors other than the approved manufacturing source must retain
evidence and provide the traceability evidence of the identity of the item and its manufacturing source
when requested by the contracting officer.
(i) If offered item(s) are not in stock or not yet manufactured a copy of an original quotation from
the approved source to the offeror identifying exact item cited in item description and a quantity
sufficient to satisfy the solicitation requirement.
(ii) If offered item(s) are shipped or in stock, a copy of invoice on approved source's letterhead; or a
copy of packing slip which accompanied shipment from approved source to offeror. The invoices and
packing slips must identify exact item cited in item description and a quantity sufficient to satisfy the
solicitation requirement.
(iii) If the offeror is an authorized dealer/distributor, or manufactures the item for an approved
source, a copy of the contractual agreement with, or the express written authority of, the approved source
to buy, stock, repackage, sell, or distribute the part. The agreement must specifically identify the exact
item, or otherwise ensure that the offeror is authorized by the approved source to manufacture or
distribute the exact item being acquired. If the agreement covers a general product line or is otherwise not
product specific, the offeror must furnish additional documentation to address the exact item being
acquired.
(iv) Other verifiable information.
(1) For superseding part number, the offeror may be requested to furnish evidence to establish
that there are no changes in the configuration of the part.
(2) For previously approved products, upon request of the contracting officer, the offeror must
furnish the contract, solicitation, source approval request (SAR) package, or letter of approval under
which the product was previously furnished or approved.
(h) Alternate offer data.
(1) The contracting officer may request drawings, specifications, or other data necessary to clearly
describe the characteristics and features of an alternate offer. Data submitted shall cover design,
materials, performance, function, interchangeability, inspection or testing criteria, and other
characteristics of the offered product. The contracting officer may also request drawings and other data
covering the design, materials, etc., of the exact product cited in the item description if the Agency does
not possess data sufficient to evaluate the alternate product. The data must be submitted within 10 days,
or as otherwise specified, or the offer will not be considered.
(2) If the alternate product is a reverse-engineered product, the offeror shall provide: technical
documentation to establish that the offered item represents the exact item specified in the item description
(i.e., invoice from an approved source or submission of samples having markings of an approved source);
number of samples that were examined; the process/logic used; raw data (measurements, lab reports, test
results) used to prepare drawings or specifications for the offered item; any additional evidence that
indicates the reverse-engineered item will function properly in the end item; and any evidence that life
cycle/reliability considerations have been analyzed.
(j) Evaluation of alternate offers
If the solicitation does not provide for evaluation of alternate offers for the current procurement, the
offeror may submit a request for evaluation of the alternate product’s technical acceptability for future
procurements of the same item. The request for evaluation shall cite the national stock number (NSN) of
the exact product and include the applicable level of technical data. The level of technical data that the
Government has available for use to evaluate the acceptability of an alternate product offered, and the
corresponding level of technical data that must be furnished with an offer of alternate product, will be
identified in the item description and/or via correspondence with the appropriate location below.
(1) For solicitation numbers beginning with SPE7:
DLA Land and Maritime Directorate of Procurement Alternate
offer monitor, BPP
Post Office (P.O.) Box 3990
Columbus, Ohio 43218-3990
(2) For solicitation numbers beginning with SPE4:
DLA Aviation
Office of the Competition Advocate
Attention: BPC
8000 Jefferson Davis Highway
Richmond, Virginia 23297-5100
(3) For solicitation numbers beginning with SPE1, SPE2, SPE3, SPE5, or SPE8: DLA
Troop Support
Attention: (see note below)
700 Robbins Avenue
Philadelphia, Pennsylvania 19111-5096
Note: The address (attention line) will change based on the 4th digit of the PIIN as follows:
SPE1 = Clothing and Textile (C&T)
SPE2 = Medical
SPE3 = Subsistence
SPE5 = Industrial Hardware (formerly Aviation or L&M detachments)
SPE8 = Construction and Equipment (C&E)
(4) For solicitation numbers beginning with SPRRA1 and SPRRA2:
Defense Logistics Agency – DLA Aviation
Office of the Competition Advocate
Building 5201
Redstone Arsenal, Alabama 35898
(5) For solicitation numbers beginning with SPRPA1:
DLA Philadelphia
Competition Advocate Office
700 Robbins Avenue Building 1
Philadelphia, Pennsylvania 19111-5098
(6) For Tank-Automotive and Armaments Command (TACOM) Depot Level Repairable (DLR) -
DLA Land and Maritime solicitations beginning with SPRDL1:
Defense Logistics Agency
DLR Procurement Operations - ZG
6501 East Eleven Mile Road
Warren, Michigan 48397-5000
(7) For Communications-Electronics Command (CECOM) DLR-DLA Land and Maritime solicitations
beginning with SPRBL1: Defense Logistics Agency
DLR Procurement Operations - ZL
6001 Combat Dr., Rm. C1-301
Aberdeen Proving Ground, MD 21005-1846
*****
M06 Evaluation of Offers for Part Numbered Items (SEP 2016)
Offers of alternate product will not be evaluated for the contract action if:
(1) The solicitation is automated;
(2) It does not meet the dollar threshold for savings, after an evaluation factor of $600 is applied for
coordination with each ESA; or
(3) When the time proposed for award does not permit evaluation and delay of award would adversely
affect the Government.
*****
Local Clauses:
YM3 A1: Additional Information
YM3 C500: Mercury Control (Supplies)
YM3 C528: Specification Changes
YM3 D2: Marking of Shipments
YM3 D4: Preparation for Delivery (Commercially Packaged Items)
YM3 D8: Prohibited Packing Materials
YM3 E2: Inspection and Acceptance (Destination)
YM3 F500: Consignment Instructions for Deliveries to Portsmouth Naval Shipyard
This announcement will close at 4:00 PM on April 13, 2020. The Point of Contact for this solicitation is Robert Dowdle who can be reached by email [email protected] [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] All responsible sources may submit a quote which shall be considered by the agency.
52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/.
If not the actual manufacturer – Manufacturer’s Name Location and Business Size must be provided.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.